HomeMy WebLinkAboutItem 16 Approval to Piggyback the NCPA/OMNIA Partners Contract for Construction of the Vandergrift Central Park Basketball Court by The NIDY Sports Construction Company, Inc.Meeting Date: December 5, 2023
Item #: 16
Contact Name: Mark Johnson Department Director: Mark Johnson
Contact Number: Ext. 5002 City Manager: Robert Frank
Background Summary:
The Parks and Recreation Department budgeted $60,000 (FY 23/24) to relocate the current basketball court at
Vandergrift Central Park in anticipation of the Ocoee Action Sports Park Phase 3 expansion. Staff is
requesting permission to piggyback off the NCPA/OMNIA Partners Contract for the construction of the
Vandergrift Central Park Basketball Court by The Nidy Sports Construction Company, Inc. for these
services. The NIDY Sports Construction Company, Inc. constructed the Tenn is/PicklebalI Court remodel at
Tiger Minor in 2022, and other court installations throughout Central Florida.
The Nidy Sports Construction Company, Inc. has submitted a proposal to construct the new basketball court in
accordance with the plans, with unit pricing, in the amount of $58,640.00, based upon the aforementioned
contract.
Issue:
Should the Honorable Mayor and Commissioners approve piggybacking off the NCPA/OMNIA Partners
Contract and award the proposal to construct the new basketball court to The Nidy Sports Construction
Company, Inc. in the amount of $58,640.00?
Recommendations:
Staff recommends the Honorable Mayor and City Commissioners approve piggybacking off the NCPA/OMNIA
Partners Contract and award constructing the new basketball court to The Nidy Sports Construction Company,
Inc. in the amount of $58,640.00.
Attachments:
1. Nidy Sports Proposal - Central Basketball Court
2. NCPA OMNIA Partners Relationship Letter
3. NCPA Contract Rates
4. NCPA Nidy Contract
City of Ocoee a • • _ • t__ Florida 34761
• - (4 91 1i • •-- • •
Page 187 of 593
Financial Impacts:
The construction cost to relocate the basketball court at Vandergrift Central Park is $58,640 and is budgeted in
the Fiscal Year 23/24 Capital Budget.
(Account #317-572-10-6302) (Job #P000413)
Type of Item: Consent
City • Ocoee - 1 N. Bluford Avenue - Ocoee, •. 34761
Phone: (407) 905-3100 - www.ocoee.org
Page 188 of 593
ANN
BASKETBALL PROPOSAL
Submitted To:
City of Ocoee
RE: Central Park Basketball Court
Attn: Dan Abdo, 407-427-9879
1 N. Blueford Avenue
Estimator: Chris Tappan
s�osr o�rn�cr�es .
,924
October 27, 2023
Ocoee, FL 34761
Payment to be upon completion. Price subject to change after 60 days. Price below calculated using the National Cooperative
Purchasing Alliance Contract 08-42.
One Court Construction: $58,640.00
SCOPE OF WORK (APPROX. 627 SY):
1) Mobilization and layout.
2) Site Prep:
a. Remove and dispose of sodding and loose material.
b. Rework existing subgrade. Laser grade and compact.
c. Subgrade to be 0.83% to 1.00% slope towards one end of court.
3) Furnish and install 6" of Limerock; laser grade and compact
4) Pave 1 '/z" of SP 9.5 RAP Asphalt on court. Paved Area: 50' x 94'
5) Furnish and install two (2) new sets of basketball goal systems which include gooseneck pole, aluminum backboard, heavy
duty rim, and nylon net.
6) Flood courts and patch any areas holding water per ASBA and USTA guidelines.
7) Apply two (2) coats of Acrylic Resurfacer over the entire surface of the court.
8) Apply two (2) coats of Color Coating over the entire surface of the court.
a. Court Color: Dark Green.
9) Paint regulation basketball markings with white textured line paint.
NOTES:
1) Water must be allowed to drain from court surface. Do not block water flow on side of court with grass or landscaping.
2) Owner to provide suitable access for equipment, water, and electric as required.
3) Should owner request additional material applied or other work performed to the surface of court which is not outlined above,
it will be at an extra cost.
4) EXCLUSIONS: Mass excavation of fill, infill, tree/landscape removal, survey, permits, erosion control, materials testing,
sodding, root barrier, sidewalks, trench drains, irrigation, relocation of utilities, shade structures, cabanas, benches, court
lighting, or conduit.
751 General Hutchison Parkway • Longwood, FL 32750 • (407) 330-9466 • fax (407) 330-9343 • www.N1DYSP0R'l'S.com
Page 189 of 593
Estimator: Chris Tappan
CRACKS IN COURTS:
It should be noted that as your basketball court ages, it will develop cracks. After resurfacing, new cracks may appear and repaired
cracks will reappear. Cracks develop in courts for various reasons with the most common being:
1) Constant expansion and contraction of more than'7,000 square feet of surface per court in response to constant fluctuations in
ambient temperatures. These daily fluctuations are often greatest in winter.
2) Loss of flexibility of the asphalt as it ages and loses the oils used in the manufacturing process.
3) Changes in subsurface stability reflecting through the court surface.
Nidy does NOT provide any written or implied guarantee of courts being free from existing or new cracks; thus, cannot and does not
warrant against new cracks appearing or old cracks reappearing after the court has been resurfaced.
WARRANTY:
Color Coating is warranted against any excessive fading for a period of one year from application. Surface is warranted against
peeling and flaking for a period of one year from application. Problems from normal wear, vandalism, and improper care are excluded.
Owner's Name & Billing Address:
Job Site's Contact Name & Phone:
Job Site's Address:
Authorized Signature Total Dollar Amount Authorized Date
751 General Hutchison Parkway • Longwood, FL 32750 • (407) 330-9466 • fax (407) 330-9343 • www.NIDYSPC?RTS.co
Page 190 of 593
I
UNNIA Partners Continues to Lead Public Sector Cooperativ
Purchasing i
Acquisition of NCPA Offers Additional Value to the Market
FRANKLIN, Tenn�., Dec. 6, 2022 1PRNewe wirel — OVA Partners announces the acquisition of Nationa
Cooperative Purchase Alliance �NCPA), a leading national government purchasing cooperative based
in Houston, TX, This most recent acquisition enriches MN IA Partners as the nation's most experienced cooperative purchasing organization
serving state and local government, K-12 education, and higher education institutions. The successful integration of NCPA into OMNIA Partners
augments the organization's differentlators of unparalleled scale and expertise while driving increased savings and efficlencyfor the purchasing
COMMUnity.
"OMNIA Partners is recognized as the leader rn cooperative purchasing by continually creating additional value and delivering extensive solutions
to our participants and suppliers," said M, Todd Abner, Founder, President & CEO of OMNIA Partners. "The acquisition of NCPA enhances our
value in the public sector market by adding additional world class supplier partners and further extending OMNIA Partners reach into the public
sector,"
OMNIA Partners, Public Sector will continue to utilize the lead agency contracting process that has become a strategic best practice in public
procurement, All contracts available in the portfolio have been competitively solicited and publicly awarded by a lead agency, The expansive
contract portfolio and all contract documentation may be viewed on the website,
purchasing process,"
OMNIA Partners, Public Sector is the nation's largest and most experienced cooperative purchasing organization dedicated to public sector
procurement, Our immense purchasing power and industry -leading suppliers have produced a comprehensive portfolio of cooperative contracts
and partnerships, making OMNIA Partners the most valued and trusted resource for organizations nationwide,
Through the economies of scale created by OMNIA Partners, our participants now have access to an extensive portfolio of competitively solicited
and publicly awarded agreements, The lead agency contracting process continues to be the foundation on which we are founded. MNIA
Partners is proud to offer more value and resources to K-1 2 education, state and local government, higher education, and non -profits,
Page 191 of 593
SPQRTS CQNSiRUCTIQN
ONCPA
An OMNIA Partners Company NIDY SPORTS CONSTRUCTION BID PRICING
Service Labor Rates All Lots
Unit of
Measure
Installer Bid
to Co -Op
Division
State
Multiplier
Price with
Multipler
2% NCPA
Fee
Total
Multiplier
Total Price to
Client
Notes
CONCRETE
4" Sidewalk (Under 50 SF)
SF
$47.00
0%
$47.00
$0.94
$0.00
$47.94
4" Sidewalk (Over 50 SF)
SF
$27.00
0%
$27.00
$0.54
$0.00
$27.54
6" Drive (Under 500 SF)
SF
$37.00
0%
$37.00
$0.74
$0.00
$37.74
6" Drive (Over 500 SF)
SF
$27.00
0%
$27.00
$0.54
$0.00
$27.54
6"x18" Curb
LF
$50.00
0%
$50.00
$1.00
$0.00
$51.00
6"x12" Curb
LF
$40.00
0%
$40.00
$0.80
$0.00
$40.80
4" Sidewalk with 18" Integral Curb
SF
$37.00
0%
$37.00
$0.74
$0.00
$37.74
Post Tension Concrete
SF
$30.00
0%
$30.00
$0.60
$0.00
$30.60
SEAL COATING
'
Hot Rubber Crack Fill
LF
$ 2.00
0%
$ 2.00
$ 0.04
$0.00
$ 2.04
Seal Coat 1 Coat Asphalt Emulsion
SF
$ 0.35
0%
$ 0.35
$ 0.01
$0.00
$ 0.36
Seal Coat 2 Coat Asphalt Emulsion
SF
$ 0.40
0%
$ 0.40
$ 0.01
$0.00
$ 0.41
Seal Coat 1 Coat Coal Tar
SF
$ 0.35
0%
$ 0.35
$ 0.01
$0.00
$ 0.36
Seal Coat 2 Coat Coal Tar
SF
$ 0.40
0%
$ 0.40
$ 0.01
$0.00
$ 0.41
ASPHALT REPAIR
'
Asphalt Patch
SF
$ 20.00
0%
$ 20.00
$ 0.40
$0.00
$ 20.40
Asphalt Remove/Replace 2" (Under 5,000 SF)
SF
$ 18.00
0%
$ 18.00
$ 0.36
$0.00
$ 18.36
Asphalt Remove/Replace 4" (Under 5,000 SF)
SF
$ 23.00
0%
$ 23.00
$ 0.46
$0.00
$ 23.46
Speed Bump Install
LF
$ 100.00
0%
$ 100.00
$ 2.00
$0.00
$ 102.00
ASPHALT PAVING
'
Convention Chip and Seal
SF
$ 1.50
0%
$ 1.50
$ 0.03
$0.00
$ 1.53
Cement Stabilization
SY
$ 19.00
0%
$ 19.00
$ 0.38
$0.00
$ 19.38
Page 192 of 593
6"x18" Curb & Gutter (500LF +)
LF
$ 70.00
0%
$ 70.00
$ 1.40
$0.00
$ 71.40
Asphalt Mill/Pave 2" 5,000 SF+
SF
$ 3.00
0%
$ 3.00
$ 0.06
$0.00
$ 3.06
Asphalt Mill/Pave 4" 5,000 SF+
SF
$ 4.00
0%
$ 4.00
$ 0.08
$0.00
$ 4.08
4" Sidewalk (Under 50 SF)
SF
$ 47.00
0%
$ 47.00
$ 0.94
$0.00
$ 47.94
4" Sidewalk (Over 50 SF)
SF
$ 25.00
0%
$ 25.00
$ 0.50
$0.00
$ 25.50
STRIPING
Stall
EA
$ 10.00
0%
$ 10.00
$ 0.20
$0.00
$ 10.20
Numbering
EA
$ 8.00
0%
$ 8.00
$ 0.16
$0.00
$ 8.16
Misc. Word Stencil
Per Letter
$ 5.00
0%
$ 5.00
$ 0.10
$0.00
$ 5.10
Hash Out / Grid
SF
$ 1.55
0%
$ 1.55
$ 0.03
$0.00
$ 1.58
Handicap
EA
$ 60.00
0%
$ 60.00
$ 1.20
$0.00
$ 61.20
Arrows
EA
$ 65.00
0%
$ 65.00
$ 1.30
$0.00
$ 66.30
Paint Curbs
LF
$ 2.75
0%
$ 2.75
$ 0.06
$0.00
$ 2.81
Stop Bar
LF
$ 3.75
0%
$ 3.75
$ 0.08
$0.00
$ 3.83
Light Pole Base / Bollard
EA
$ 64.00
0%
$ 64.00
$ 1.28
$0.00
$ 65.28
M ISC.
Catch Basin Replace
EA
$ 6,000.00
0%
$6,000.00
$ 120.00
$0.00
$ 6,120.00
Catch Basin New Concrete Collar
EA
$ 3,500.00
0%
$3,500.00
$ 70.00
$0.00
$ 3,570.00
New Bollard Install
EA
$ 2,000.00
0%
$2,000.00
$ 40.00
$0.00
$ 2,040.00
New Sign Install
EA
$ 1,400.00
0%
$1,400.00
$ 28.00
$0.00
$ 1,428.00
TENNIS/PICKLEBALL SURFACING
Acrylic Coating System (3 coat system)
SY
$12.00
0%
$12.00
$0.24
$0.00
$12.24
Acrylic Coating System (4 coat system)
SY
$20.00
0%
$20.00
$0.40
$0.00
$20.40
Acrylic Cushion System
SY
$50.00
0%
$50.00
$1.00
$0.00
$51.00
Armour Crack Repair System
LF
$25.00
0%
$25.00
$0.50
$0.00
$25.50
Stripe Tennis Court
EA
$1,750.00
0%
$1,750.00
$35.00
$0.00
$1,785.00
Stripe Pickleball Court
EA
$1,500.00
0%
$1,500.00
$30.00
$0.00
$1,530.00
Out of Town Travel Allowance
DAY
$3,000.00
0%
L
$3,000.00
$60.00
$0.00H$20.40
3,060.00
Courts less than 800SY for 3 coat system
SY
$20.00
$20.00
$0.40
$0.00
Page 193 of 593
Courts less than 800SY for 4 coat system
SY
$25.00
0%
$25.00
$0.50
$0.00
$25.50
Project Design, Development or Consultant
DAY
$2,500.00
0%
$2,500.00
$50.00
$0.00
$2,550.00
Professional Engineering Services
JOB
$45,000.00
0%
$45,000.00
$900.00
$0.00
$45,900.00
Installer (Tradesman)
HR
$100.00
0%
$100.00
$2.00
$0.00
$102.00
Limerock Base (per 6" layer)
SF
$3.50
0%
$3.50
$0.07
$0.00
$3.57
Asphalt Paving (RAP Mix)
SF
$5.00
0%
$5.00
$0.10
$0.00
$5.10
Asphalt Paving (Virgin Mix)
SF
$7.00
0%
$7.00
$0.14
$0.00
$7.14
BASKETBALL
Basketball Equipment
EA
$8,500.00
0%
$8,500.00
$170.00
$0.00
$8,670.00
Excavate & pour
concrete footer, furnish
Stripe Basketball Court
EA
$2,000.00
0%
$2,000.00
$40.00
$0.00
$2,040.00
TRACK SURFACING
3/8" Plexitrac Lightning (black)
SY
$25.00
0%
$25.00
$0.50
$0.00
$25.50
1/2" Plexitrac Lightning (black)
SY
$35.00
0%
$35.00
$0.70
$0.00
$35.70
3/8" Plexitrac Accelerator (red)
SY
$35.00
0%
$35.00
$0.70
$0.00
$35.70
1/2" Plexitrac Accelerator (red)
SY
$40.00
0%
$40.00
$0.80
$0.00
$40.80
BSS 100
SY
$55.00
0%
$55.00
$1.10
$0.00
$56.10
BSS 200
SY
$65.00
0%
$65.00
$1.30
$0.00
$66.30
BSS 300
SY
$95.00
0%
$95.00
$1.90
$0.00
$96.90
BSS 1000
SY
$130.00
0%
$130.00
$2.60
$0.00
$132.60
< 5,000 SY add on
SY
$10.00
0%
$10.00
$0.20
$0.00
$10.20
non standard color
SY
$5.00
0%
$5.00
$0.10
$0.00
$5.10
Hobart Finish
SY
$10.00
0%
$10.00
$0.20
$0.00
$10.20
Stuctural Spray Standard Color
SY
$20.00
0%
$20.00
$0.40
$0.00
$20.40
Non Standard Color
SY
$5.00
0%
$5.00
$0.10
$0.00
$5.10
Exchange Zone Color BSS 100 & BSS 200
LS
$35,000.00
0%
$35,000.00
$700.00
$0.00
$35,700.00
MAINTENANCE TRACK SURFACE
Plexitrac Lightning Resurface (black)
SY
$20.00
0%
$20.00
$0.40
$0.00
$20.40
PlexitracLightningResurface (red EPDM layers)
SY
$30.00
0%
$30.00
$0.60
$0.00
$30.60
Page 194 of 593
Plexitrac Surfacer (black)
SY
$20.00
0%
$20.00
$0.40
$0.00
$20.40
Plexitrac Surfacer (red)
SY
$25.00
0%
$25.00
$0.50
$0.00
$25.50
Project Design, Development or Consultant
DAY
$2,500.00
0%
$2,500.00
$50.00
$0.00
$2,550.00
Professional Engineering Services
JOB
$45,000.00
0%
$45,000.00
$900.00
$0.00
$45,900.00
Installer (Tradesman)
HR
$100.00
0%
$100.00
$2.00
$0.00
$102.00
Asphalt Paving (RAP Mix)
SF
$5.00
0%
$5.00
$0.10
$0.00
$5.10
Asphalt Paving (Virgin Mix)
SF
$7.00
0%
$7.00
$0.14
$0.00
$7.14
Track Cleaning
EA
$10,000.00
0%
$10,000.00
$200.00
$0.00
$10,200.00
Track Lining
EA
$15,000.00
0%
$15,000.00
$300.00
$0.00
$15,300.00
ARTIFICIAL TURF
i
Artificial Turf Installation ( Less than 40K SF)
SF
$8.50
0.00%
$8.50
$0.17
$0.00
$8.67
Artificial Turf Installation (Over 40K SF)
SF
$7.00
0.00%
$7.00
$0.14
$0.00
$7.14
Artificial Turf Pad Installation - ADD
SF
$2.00
0.00%
$2.00
$0.04
$0.00
$2.04
Artificual Turf Alt./Cooling Infill Installation - ADD
SF
$1.50
0.00%
$1.50
$0.03
$0.00
$1.53
Artificial Turf Removal
SF
$1.00
0.00%
$1.00
$0.02
$0.00
$1.02
BASEBALL/SOFTBALL
Regrade Baseball/Softball Infield
SF
$3.00
0%
$3.00
$0.06
$0.00
$3.06
Fine grade and groom
infield with new infield
Install foul poles
PAIR
$15,000.00
0%
$15,000.00
$300.00
$0.00
$15,300.00
Install bases, home plate, & mound
EA
$5,000.00
0%
$5,000.00
$100.00
$0.00
$5,100.00
FIELD, TRACK & COURT CONSTRUCTION
4'fence
LF
$75.00
0.00%
$75.00
$1.50
$0.00
$76.50
5' Fence
LF
$80.00
0.00%
$80.00
$1.60
$0.00
$81.60
6' Fence
LF
$85.00
0.00%
$85.00
$1.70
$0.00
$86.70
8' Fence
LF
$90.00
0.00%
$90.00
$1.80
$0.00
$91.80
10' fence
LF
$115.00
0.00%
$115.00
$2.30
$0.00
$117.30
20'Fence
LF
$200.00
0.00%
$200.00
$4.00
$0.00
$204.00
6' High Windscreen
LF
$14.00
0.00%
$14.00
$0.28
$0.00
$14.28
9' High Windscreen
LF
$20.00
0.00%
$20.00
$0.40
$0.00
$20.40
Milling
SF
$2.00
0.00%
$2.00
$0.04
$0.00
$2.04
4" Underdrains
LF
$50.00
0.00%
$50.00
$1.00
$0.00
$51.00
Page 195 of 593
6" Underdrains
LF
$60.00
0.00%
$60.00
$1.20
$0.00
$61.20
8" Underdrains
LF
$70.00
0.00%
$70.00
$1.40
$0.00
$71.40
12" Underdrains
LF
$80.00
0.00%
$80.00
$1.60
$0.00
$81.60
15" Underdrains
LF
$90.00
0.00%
$90.00
$1.80
$0.00
$91.80
1" x 12" Flat Drains
LF
$7.00
0.00%
$7.00
$0.14
$0.00
$7.14
Geotextile Drainage Fabric
SY
$1.50
0.00%
$1.50
$0.03
$0.00
$1.53
Storm Structuers
EA
$4,000.00
0.00%
$4,000.00
$80.00
$0.00
$4,080.00
Rentention Trench
LF
$150.00
0.00%
$150.00
$3.00
$0.00
$153.00
Stone Base (per 6" layer)
SF
$3.00
0.00%
$3.00
$0.06
$0.00
$3.06
Undercut Site
CY
$30.00
0.00%
$30.00
$0.60
$0.00
$30.60
Post Footers and Tennis/Pickleball Equipment
Court
$6,000.00
0.00%
$6,000.00
$120.00
$0.00
$6,120.00
Trench Drain (ACO 2k,3K, 4K)
LF
$90.00
0.00%
$90.00
$1.80
$0.00
$91.80
6"x12" Curb
LF
$40.00
0.00%
$40.00
$0.80
$0.00
$40.80
8"x8" Curb
LF
$35.00
0.00%
$35.00
$0.70
$0.00
$35.70
12"x8" Curb
LF
$45.00
0.00%
$45.00
$0.90
$0.00
$45.90
8"x12" Curb
LF
$45.00
0.00%
$45.00
$0.90
$0.00
$45.90
6"x18" Curb
LF
$50.00
0.00%
$50.00
$1.00
$0.00
$51.00
12" x12" Curb
LF
$50.00
0.00%
$50.00
$1.00
$0.00
$51.00
Install Turf Nailer Board
LF
$10.00
0.00%
$10.00
$0.20
$0.00
$10.20
Install Take Off Board
EA
$4,500.00
0.00%
$4,500.00
$90.00
$0.00
$4,590.00
Install Pole Vault Tray and Lid
EA
$6,000.00
0.00%
$6,000.00
$120.00
$0.00
$6,120.00
Install Football Field Goal Posts
PAIR
$35,000.00
0.00%
$35,000.00
$700.00
$0.00
$35,700.00
Install Soccer Goals
PAIR
$12,000.00
0.00%
$12,000.00
$240.00
$0.00
$12,240.00
Long Jump Pit
EA
$12,000.00
0.00%
$12,000.00
$240.00
$0.00
$12,240.00
SHUFFLEBOARD/BOCCE
Construct Shuffleboard Court
Court
$25,000.00
0%
$25,000.00
$500.00
$0.00
$25,500.00
Shuffleboard Resurface
Court
$1,600.00
0%
$1,600.00
$32.00
$0.00
$1,632.00
Construct Bocce Court
Court
$35,000.00
0%
$35,000.00
$700.00
$0.00
$35,700.00
Bocce Carpet Replacement
Court
$6,500.00
0%
1 $6,500.00
$130.00
1 $0.00
1 $6,630.00
Page 196 of 593
Master Agreement
Signature Form
Products .' • Services
Scope
Value Added Products and
Page 197 of 593
Page 198 of 593
TAB 1 ■
MASTER AGREEMENT - GENERAL TERMS AND CONDITIONS
Customer Support
The vendor shall provide timely and accurate technical advice and sales support. The vendor
shall respond to such requests within one (1) working day after receipt of the request.
Disclosures
Respondent affirms that he/she has not given, offered to give, nor intends to give at any time
hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount,
trip, favor or service to a public servant in connection With this contract.
The respondent affirms that, to the best of his/her knowledge, the offer has been arrived at
independently, and is submitted without collusion with anyone to obtain information or gain any
favoritism that would in any way limit competition or give an unfair advantage over other
vendors in the award of this contract.
Renewal of Contract
Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew
for up to two (2) additional one-year terms or any combination of time equally not more than 2
years if agreed to by Region 14 ESC and the vendor.
Funding Out Clause
Any/all contracts exceeding one (1) year shall include a standard "funding out" clause. A
contract for the acquisition, including lease, of real or personal property is a commitment of tht,
entity's current revenue only, provided the contract contains either or both of the following
provisions.*
Retains to the entity the continuing right to terminate the contract at the expiration of each
budget period during the term of the contract and is conditioned on a best efforts attempt by the
entity to obtain appropriate funds for payment of the contract.
Shipments (if applicable)
The awarded vendor shall ship ordered products within seven (7) working days for goods
available and Within four (4) to six (6) weeks for specialty items after the receipt of the order
unless modified. If a product cannot be shipped within that time, the awarded vendor shall notify
the entity placing the order as to why the product has not shipped and shall provide an
estimated shipping date. At this point the participating entity may cancel the order if estimated
shipping time is not acceptable.
Tax Exempt Status
Since this is a national contract, knowing the tax laws in each state is the sole responsibility of
the vendor.
Page 199 of 593
Payments
The entity using the contract will make payments directly to the awarded vendor or their
affiliates (distributors/business partners/resellers) as long as written request and approval
NCPA is provided to the awarded vendor. 11
Adding Authorized Distributors/Dealers
Awarded vendors may submit a list of distributors/partners/resellers to sell under their contract
throughout the life of the contract. Vendor must receive written approval from NCPA before such
distributors/partners/resellers considered authorized.
Purchase orders and payment can only be made to awarded vendor or distributors/ business
partners/resellers previously approved by NCPA.
Pricing provided to members by added distributors or dealers must also be less than or equal to
the pricing offered by the awarded contract holder.
All distributors/partners/resellers are required to abide by the Terms and Conditions of the
vendor's agreement with NCPA.
Pricing
All pricing submitted shall include the administrative fee to be remitted to NCPA by the awarded
vendor. It is the awarded vendor's responsibility to keep all pricing up to date and on file with
NCPr.
offered unless otherwise clearly stated in writing
Warranty
Proposal should address the following warranty information:
• Applicable warranty and/or guarantees of equipment and installations including any
conditions and response time for repair and/or replacement of any components during
the warranty period.
• Availability of replacement parts
• Life expectancy of equipment under normal use
• Detailed'information as to proposed return policy on all equipment
Products-, Vendor shall provide equipment ' materials and products that are new unless
otherwise specified, of good quality and free of defects
Construction: Vendor shall perform services in a good and workmanlike manner and in
accordance With industry standards for the service provided.
Safety
Vendors performing services shall comply with occupational safety and health rules and
regulations. Also all vendors and subcontractors shall be held responsible for the safety of their
employees and any conditions that may cause Injury or damage to persons or property.
Page 200 of 593
Permits
Since this is a national contract, knowing the permit laws in each state is the sole responsibility
of the vendor.
Indemnity
The awarded vendor shall protect, indemnify, and hold harmless Region 14 ESC and its
participants, administrators, employees and agents against all claims, damages, losses and
oxpenses arising out of or resulting from the actions of the vendor, vendor employees or vendor
iubcontractors in the preparation of the solicitation and the later execution of the contract.
Franchise Tax
The respondent hereby certifies that he/she is not currently delinquent in the payment of any
franchise taxes.
Supplemental Agreements
The entity participating in this contract and awarded vendor may enter into a separate
M-1Fr4- W-0- MEM-1 =-67-701
between the participating entity and awarded vendor.
Certificates of Insurance
Certificates of insurance shall be delivered to the Public Agency prior to commencement of
work. The insurance company shall be licensed in the applicable state In which work is being
conducted. The awarded vendor shall give the participating entity a minimum of ten (10) days
notice prior to any modifications or cancellation of policies. The awarded vendor shall require all
subcontractors performing any work to maintain coverage as specified.
Legal Obligations
It is the Respondent's responsibility to be aware of and comply with all local, state, and federal
laws governing the sale of prod ucts/services identified in this RFP and any awarded contract
and shall comply with all while fulfilling the RFP. Applicable laws and regulation must be
followed even if not specifically identified herein.
Protest
A protest of an award or proposed award must be filed in writing within ten (10) days from the
date of the official award notification and must be received by 5:00 pm CST. Protests shall be
filed with Region 14 ESC and shall include the following:
• Name, address and telephone number of protester
• Original signature of protester or its representative
• Identification of the solicitation by RFP number
• Detailed statement of legal and factual grounds including copies of relevant documents
and the form of relief requested
Page 201 of 593
Any protest review and action shall be considered final with no further formalities being
considered.
Force Majeure
If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to
carry out its obligations under this Agreement then such party shall give notice and full
particulars of Force Majeure in writing to the other party within a reasonable time after
occurrence of the event or cause relied upon, and the obligation of the party giving such notice,
so far as it is affected by such Force Majeure, shall be suspended during the continuance of the
inability then claimed, except as hereinafter provided, but for no longer period, and such party
shall endeavor to remove or overcome such inability with all reasonable dispatch.
• •
It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage
legislation in effect in the jurisdiction of the purchaser. it shall further be the responsibility of the
Vendor to monitor the prevailing wage rates as established by the appropriate department of
labor for any increase in rates during the term of this contract and adjust wage rates
accordingly.
Termination
Either •« May cancel this contract in whole • in •. • providing written notice. The
cancellation will take effect 30 business days after the other party receives the notice of
cancellation. After the 30th business day all work will cease following completion of final
• order.
Open Records •
Because Region 14 ESC is a governmental entity responses submitted are subject to release
as public information after contracts are executed. If a vendor believes that its response, or
parts of its response, may be exempted from disclosure, the vendor must specify page -by -page
and line -by-line the parts of the response, which it believes, are exempt. in addition, the
respondent must specify which exception(s) are applicable and provide detailed reasons to
• the exception(s).
Page 202 of 593
information f render an opinion « • therefore,«f • general claimsto confidentiality by
the respondent i acceptable. Region 14 ESC must complyopinions of s OAG.
Respondent are advised to consultlegal counseli • disclosure
resulting from this procurement process and to take precautions to safeguard trade secrets and
i proprietary information.
Page 203 of 593
gasaiij.:M
I I MATro I WWII 1 Miss siffl 4141.1ft]
lig
0 to
5alimeamil sl IM-1 I I 12ro Islip n I Lai IM17401P 111,7411MAI
Contract Administration
The contract will be administered by Region 14 ESC. The National Program will be administered
by NCPA on behalf of Region 14 ESC.
Contract Term
The contract term will be for three (3) year starting from the date of the award. The contract may
be renewed for up to two (2) additional one-year terms or any combination of time equally not
more than 2 years.
It should be noted that maintenance/service agreements may be issued for up to (5) years under
this contract even if the contract only lasts for the initial term of the contract. NCPA will monitor
2 V#04'?��_7�- M.r armn r%-iT4;# "i �-r&� a MMR4 �F' 1-1: &1
termination or expiration of this contract.
Contract Waiver
Any waiver of any provision of this contract shall be in writincl and shall be signed by the duly —
authorized agent of Region 14 ESC. The waiver by either party of any term or condition of this
contract shall not be deemed to constitute waiver thereof nor a waiver of any further or
2dditional right that such party may hold under this contract.
Price Increases
Should it becorte tecesay-w— Oce r1jC[f!L2SP' LO&I
00
Products and Services Additions
New Products and/or Services may be added to the resulting contract at any time during the
term by written amendment, to the extent that those products and/or services are within the
scope of this RFP.
Competitive Range
It may be necessary for Region 14 ESC to establish a competitive range. Responses not in the
competitive range are unacceptable and do not receive further award consideration.
Page 204 of 593
Deviations and Exceptions
Deviations or exceptions stipulated in response may result in disqualification. It is the intent
Region 14 ESC to award a vendor's complete line of products and/or services, when possibli
Estimated Quantities
While no minimum volume is guaranteed, the estimated (but not limited to) annual volume for
Products and Services purchased under the proposed Master Agreement is $50 million dollar
annually. This estimate is based on the anticipated volume of Region 14 E8C and current sal
within the NCPA program. I
Evaluation
Region 14 ESC will review and evaluate all responses in accordance with, and subject to, the
relevant statutes, ordinances, rules and regulations that govern its procurement practices,
NCPA will assist the lead agency in evaluating proposals. Recommendations for contract
awards will be based on multiple factors, each factor being assigned a point value based on its
importance.
Formation of Contract
A response to this solicitation is an offer to contract with Region 14 ESC based upon the terms,
conditions, scope of work, and specifications contained in this request. A solicitation does not
become a contract until it is accepted by Region 14 ESC. The prospective vendor must submit a
signed Signature Form with the response thus, eliminating the need for a formal signing
process. Contract award letter issued by Region 14 ESC is the counter -signature document
establishing acceptance of the contract.
ACPA Administrative Agreement
The vendor will be required to enter and execute the National Cooperative Purchasing Alliance
Administration Agreement with NCPA upon award With Region 14 ESC. The agreement
establishes the requirements of the vendor with respect to a nationwide contract effort.
Clarifications/Discussions
Region 14 ESC may request additional information or clarification from any of the respondents
after review of the proposals received for the sole purpose of elimination minor irregularities,
informalities, or apparent clerical mistakes in the proposal. Clarification does not give
respondent an opportunity to revise or modify its proposal, except to the extent that correction of
apparent clerical mistakes results in a revision. After the initial receipt of proposals, Region 14
ESC reserves the right to conduct discussions with those respondent's whose proposals are
determined to be reasonably susceptible of being selected for award. Discussions occur when
oral or written communications between Region 14 ESC and respondent's are conducted for the
purpose clarifications involving information essential for determining the acceptability of a
proposal or that provides respondent an opportunity to revise or modify its proposal, Region 14
ESC Will not assist respondent bring its proposal up to the level of other proposals through
discussions. Region 14 ESC will not indicate to respondent a cost or price that it must meet to
neither obtain further consideration nor will it provide any information about other respondents'
proposals or prices.
Page 205 of 593
Multiple Awards
Multin,le Contracts max,� be
that any ensuing contracts fulfill current and future requirements of the diverse and large
number of participating public agencies.
Past •
Past performance is relevant information regarding a vendor's actions under previously awarded
contracts; including the administrative aspects of performance; the vendor's history of
reasonable and cooperative behavior and commitment to customer satisfaction, and generally,
the vendor's •. concern for the interests of the •.
Page 206 of 593
EVALUATION CRITERIA
0 1 • 0 • •
immellue ligemidd -
• Products, Services, Warranties, etc. price list
• Prices listed will be used to establish both the extent of a vendor's product lines,
services, warranties, etc. available from a particular bidder and the pricing per item.
Ability to Provide and Perform the Required Services for the Contract (25 points)
• Product Delivery within participating entities specified parameters
• Number of line items delivered complete within the normal delivery time as a percentagg
of line items ordered.
• Vendor's ability to perform towards above requirements and desired specifications.
• Past Cooperative Program Performance
• Quantity of line items available that are commonly purchased by the entity.
• Quality of line items available compared to normal participating entity standards.
References and Experience (20 points)
• A minimum often (10) customer references for product and/or services of similar scope
dating within past 3 years
• Respondent Reputation in marketplace
• Past Experience working with public sector.
• Exhibited understanding of cooperative purchasing
Value Added Prod ucts/Se rvi ces Description, (8 points)
• Additional Prod ucts/Services related to the scope of RFP
• Marketing and Training
• Minority and Women Business Enterprise (MWBE) and (HUB) Participation
• Customer Service
Technology for Supporting the Program (7 points)
• Electronic on-line catalog, order entry use by and suitability for the entity's needs
• Quality of vendor's on-line resources for NCPA members.
• Specifications and features offered by respondent's products and/or services
Page 207 of 593
SIGNATURE FORM
The undersigned hereby proposes and agrees to furnish goods and/or services in striO
compliance with the terms, specifications and conditions at the prices proposed within response
unless noted in writing. The undersigned further certifies that he/she is an officer of the company
and has authority to negotiate and bind the company named below and has not prepared this bid
in collusion with any is Respondent and that the contents of this proposal as to prices, terms
or conditions of said bid have not been communicated by the undersigned nor by any employee
or agent to any person engaged in this type of business prior to the official opening of this
proposal.
�S1 btne,rG l N)��ny\ I�c�k u�
Address
City
q D-1 # ni, LQ
Telephone Number
Email Address
7 SWMV�
Printed Name
State
qul
Fax Number
r&(� WL
Position
me:
Page 208 of 593
VMI& VIV-, Nj
Page 209 of 593
DocuSign Envelope ID: 5A617B6D-EDAA-41D7-B7D1-67BADB3391A9
Term of Agreement
This Agreement shall be in effect so long as the Master Agreement remains in effect, provided,
however, that the obligation tO pay all amounts owed by Vendor to NCIPA through the
Page 211 of 593
DocuSign Envelope ID: 5A617B6D-EDAA-41D7-B7D1-67BADB3391A9
1191,Uremw A19 RMOTAMS-OF
the term of thi's A�groement,
Fees and Reporting
The Awarded vendor shall electronically provide NCPA with a detailed quarterly report showing
the dollar voiurrie of all sales und6r the contractfadhe
fifteenth (11 5ih) day fter the close of the previ us quarter, It is the responsibility of the awarded
a 10
vendor to collect and complle 611 sales under the contrkt: from participating members and
i
submit one (1) report. The report shall include at least the following information as listed in the
example below-,
Code State POiorJob# SaleArnount 7!
fim
Page 212 of 593
DocuSign Envelope ID: 5A617B6D-EDAA-41D7-B7D1-67BADB3391A9
T-lir I III! "I
I-147.11 9 , , MA wk
National Cooperative Purchasing Alliance
Organization Vendor'Na7iie
Sarah Vavra 4L
Name Name
Sr. Vice President, Public Sector Contracting
Title Title
5001 Aspen Grove
Address
Franklin, TN 37067
Address Addr4s
Signature ionature
May 1, 2023
Date Date
Page 213 of 593
0
fultbilK
Page 214 of 593
TAB 3
VENDOR QUESTIONAIRE
Ilipanj s operailons,
organization, structure, and processes for providing products and services.
Locations Covered
• Bidder must indicate any and all locations where products and services can be offered.
• Please indicate the price co -efficient for each location if it varies.
Ej All 50 States & District of Columbia
(Selecting this box is equal to checking all
boxes below)
El Alabama
R Illinois
❑ Montana
El Rhode Island
El Alaska
R Indiana
❑ Nebraska
4South Carolina
El Arizona
R Iowa
El Nevada
❑ South Dakota
El Arkansas
E] Kansas
R New Hampshire
F-1 Tennessee
El California
❑ Massachusetts
R New Jersey
El Texas
❑ Colorado
❑ Michigan
❑ New Mexico
❑ Utah
El Connecticut
0 Minnesota
0 New York
❑ Vermont
0 Delaware
El Mississippi
North Carolina
❑ Virginia
❑ D.C.
❑ Missouri
El North Dakota
❑ Washington
-*Iorida
E] Kentucky
Ohio
West Virginia
0 Georgia
R Louisiana
El Oklahoma
❑ Wisconsin
D Hawaii
❑ Maine
El Oregon
❑ Wyoming
E]Idaho
❑ Maryland
Pennsylvania
❑ All U.S. Territories and Outlying Areas
(Selecting this box is equal to checking all boxes below)
El American Samoa ❑ Northern Marina Island
❑ Federated States of Micronesia ❑ Puerto Rico
El Guam El U.S. Virgin Islands
Page 215 of 593
F-1 Midway Islands
El All Canada Provinces and Territories
(Selecting this box is equal to checking all boxes below)
El British Columbia
❑ Manitoba
New Brunswick
Ej Newfoundland and Labrador
F-1 Nova Scotia
F] Ontario
F-1 Prince Edward Island
R Quebec
Ej Saskatchewan
El Northwest Territories
E] Nunavut
❑ Yukon
If awarded a Master Agreement, will your company extend the terms offered in your Proposal to
public agencies in Canada? If no or maybe, please explain.
El Yes E:1 Maybe )� No
If awarded a Master Agreement, will your company extend the terms offered in your Proposal to
private sector customers?
EYes El Maybe ❑ No
1,11inority and Women Business Enterprise (MWBE) and (HUB) Participation
It is the policy of some entities participating in NCPA to involve minority and women business
enterprises (MWBE) and historically underutilized businesses (HUB) in the purchase of goods
and services. Respondents shall indicate below whether or not they are an MIWBE or HUB
certified.
■ Minority[Women Business Enterprise
Respondent Certifies that this firm
a Minority / Women Business Enterprise
F1 Historically Underutilized Business
Respondent Certifies that this firm is a
Historically Underutilized Business
Small Business, MWBE and HUB Growth
If Proposer is a Large, National or Multinational Organization/Corporation, what programs are in
place that partners or supports the growth of small and MWEB and HUB business? if yes,
please describe.
n N/A, we are a recognized small, MWEB or HUB organization
,)o1 we do not have any programs in place.
Page 216 of 593
F-1 Yes, we have programs in place.
Residency
Responding Company's principal place of business is in the city of Lo.iG,-NNC)c�)
State of —7-- Uo (LN •� A
Felony Conviction Notice
Please Check Applicable Box (If the 3 rd box is checked, a detailed explanation of the names and
convictions must be attached):
El A publicly held corporation-, therefore, this reporting requirement is not applicable.
Is not owned or operated by anyone who has been convicted of a felony.
r_1 is owned or operated by the following individual(s) who has/have been convicted of a felony
Distribution Channel
Which best describes your company's position in the distribution channel:
XManufacturer Direct El Certified education/government reseller
2 Value-added reseller F� OtheT
Contact Person
Title
Company
Address
City/State/Zip
Phone
Email
NMI
- L�Dtopcv\ b vviq, WWA
Pricing Information
In addition to the current typical unit pricing furnished herein, the Vendor agrees to offer all
future xroduct introductions at v.rices that a roortionate to Contract Prici*WL2_*vw446-w-w_-,
attach a statement detailing how pricing for NCPA participants would be calculated for future
product introductions.
Page 217 of 593
Yes ❑ No
in submitted includes the required NCPA administrative fee. The NCPA fee is calculated
7basd on the invoice price to the customer.
Yes 0 No
Cooperatives
List any other cooperative or state contracts currently held or in the process of securing.
xpires Annual Sales
Volume
Page 218 of 593
Page 219 of 593
Please provide the following information about your company:
° Company's official registered name.
The NidySports Construction Company, Inc.
* Brief history Ofyour company, including the year iLwas established.
See Attached Statement ofQualification
* Company's Dun & Bradstreet (O&B)number.
N/A
* Company's organizational chart of those individuals that would be involved in the
contract.
See Attached
*Corporate office location.
o List the number ofsales and services offices for states being bid in solicitation.
o List the names ofkey contacts at each with title, address, phone and e-mail
address.
See Attached
° Define your standard terms ofpayment.
Due upon completion OR monthly progress invoices/payments if the project exceeds one month.
° Who iSyour competition in the marketplace?
Site and asphalt paving contractors.
* Provide Annual Sales for last 3years broken out into the following categories:
o Cities /Counties 2021 $14M.2020 $12M.2019 $1�0K8
o N-12 2021 $1.8k8.2020 $1.7M.2010 $1.7K8 (Excludes work with construction managers)
o Higher Education 2021 $2,0K8.2020'$13K4.2010'$1A[N
o Other government agencies O[nonprofit organizations N/A
� Provide the revenue that your organization anticipates each year for the first three (3)
years of this agreement.
iOyear one
in year two
|Oyear three
^ What differentiates your company from competitors?
See Attached Statement ofQualification
° []eSChbe how your company will market this COOt[@CL if awarded.
VVobmito.Trade Shows, and in -field education with customers.
* Describe how you intend tointroduce NCPAUzyour company.
Employee Training
� Describe your fiO0'Scapabilities and functionality Ofyour on-line catalog /ordering
VVHbSit8.
N/A
° Describe your company's Customer Service Department (hours of operation, number of
service centers, etc.)
Monday -Friday 8:OOAM 5:00 PM. Office Location: Longwood, FL
° Green Initiatives (if applicable)
Page 220 of 593
o ASour business grows, w0want tomake sure weminimize our impact on the
E8rth'S C|iDl8ie. We are taking every step we can to iDlp|erO8Ot iDOOV8tme and
responsible environmental practices throughout NCPAUzreduce our carbon
footprint, reduce waste, energy conservation, ensure efficient computing and
much more. TOthat effort YVeask respondents tOprovide their companies
eOvinDDm8Dt8| policy and/or green initiative.
VVediligently use environmentally friendly products when applicable.
/\Od-[USC[OOination Policy (if applicable)
o Describe your organizations' GnU-disCrnnination policy.
See Attached Equal Opportunity Statement
Vendor Certifications (if applicable)
o Provide a copy of all current licenses, registrations and certifications issued by
federal, state and local agencies, and any other licenses, registrations or
certifications from any other governmental entity with jurisdiction, allowing
respondent to perform the covered services including, but not limited to, licenses,
registrations, or certifications. Certifications can include M/WBE, HUB, and
manufacturer certifications for sales and service.
Page 221 of 593
i � � i
.�. � �
� � �
1 1 • • � •
� , , �
We Proudly
Self Perform
Site
Work, Paving,
Athletic Turf Installation
Coatings
vt ?� Sports Equipment
o � Statewide Service
Courts BY YSports.Nid
FIVI" Y
ORTS CONSTRUCTION
LONGWOOD, FL
(800) 226-6439
W W W• n 1'' Y S p ®r t S' C ®m Page 223 of 593
C�
,--- itagILL-d 1924
STATEMENT OF QUALIFICATION
The Nidy Sports Construction Company was founded in 1924. Through the leadership
of Robert Nidy and son, Lynn Nidy, the family owned business thrived in difficult
economic times by developing the game of shuffleboard and building most of the
courts in the Southeastern part of the United States.
Nidy was acquired in 2007 and expanded the business while maintaining the same
integrity and commitment that our customers have come to expect. A key
differentiator between competitors is the breath of services we provide for outdoor
sport facilities (shuffleboard to pickleball to collegiate track and fields) while also
being able to self -perform the vast majority of our work. Most of our competitors only
focus on one or two types of facilities and/or can only perform a small portion of the
work requiring additional use of subcontractors. We truly believe we offer a turnkey
solution to our customers.
We bring value to every project with a reputation for effective communication and
innovation. We are a licensed Florida Building Contractor & member of the
American Sports Builders Association. We not only bring technical expertise to
each project, but we bring the creativity and ingenuity developed through decades of
attention to detail. Our team can handle any project big or small, from $10,000 to in
excess of $5,000,000. We have successfully constructed courts, fields & tracks at
various public school, parks & private clubs throughout the country. Nidy Sports has
worked collectively with municipalities, engineers and construction managers to
consistently deliver quality projects.
Nidy Sports Construction Company is a full service design -build company. We are
competent in new construction and renovation of tennis courts, running tracks,
synthetic fields, basketball courts, pickleball courts, volleyball courts, bocce ball
courts, horseshoe throwing pits & shuffleboard courts. We are Authorized Applicators
for Plexipave@, Plexitrac@ and DecoTurf@, and FieldTurf - the world's leading
suppliers of the sports surfacing systems demanded by the professionals. The Nidy
Company strives to maintain its reputation for integrity, teamwork and commitment
through the projects and relationships we build.
751 GENERAL HUTCHISON PARKWAY LONGWOOD, FL 32750 407-330-9466 1 407-330-9343 FAX
Page 224 of 593
Name of Firm
-
Company Type
Corporate Office
Website
License
Affiliations
Company Contacts
""I
TL hed 1924,
Nidy Sports Construction
26-1284761
Corporation
751 General Hutchison Pkwy
Longwood, FL 32750
Phone: (407) 330-9466
Fax: (407) 330-9343
Associated Builders & Contractors
(ABC Central Florida Chapter)
American Sports Builders Association
Christopher Tappan, Sales & Preconstruction Manager
321-377-7593 1 ctapan -nidycompany.com
Zach Stevenson, President
407-450-3881 1 zsteyenson _nid copany.co
751 GENERAL HUTCHISON PARKWAY LONGWOOD, FL 32750 407-330-9466 ( 407-330-9343 FAX
Page 225 of 593
SALES & PRECON
CHRIS TAPPAN
JONATHAN PAPP
SITE & PAVING CREWS
ZACH STEVENSON
PRESIDENT
PROJECT MANAGEMENT
:•li Q
MICHAEL COOPER
CREW MEMBERS 40+
COURT COATINGS & SPORTS EQUIPMENT CREWS
TURF & TRACK SURFACING CREWS
SHUFFLEBOARD CREWS
CASANDRA PRYOR
OFFICE MANAGER
l r0ITl' ► lt'
ADMINISTARTION
61
Re I I F 0 9 6 0
Nidy Sports Construction i's an equal opportunity employer and does not discriminate against
any employee or applicant because of race, color, religion, age, sex, national origin, military,
veteran status, disability, or in any other manner that violates the law,
All phases of employment including, but not limited to, recruiting, hiring, selection for training,
promotion, demotion, discipline, rates of pay or other compensation, transfer, layoff,
termination, recall, use of all facilities, and participation in all Company sponsored activities,
will be administered so as to further the principle of equal employment opportunity.
Title 1 of the Americans with Disabilities Act (ADA) prohibits discrimination in any terms of
conditions of employment for qualified individuals with a disability.
IINI I A' I 1� I � L� �LIALeregliavoris as to accollirrioaTTIMI. CI`TI#II0Jee5TFDVV
speak languages other than English. We will attempt to provide coaching, translation, and
general support to those employees who need language assistance while working at Nidy
Sports Construction.
All employees are expected to comply with this Equal Employment Opportunity Policy. Any
must immediately contact his or her Supervisor or any member of Management so that an
investigation can immediately occur. Nidy Sports Construction will neither condone nor tolerate
any act of discrimination and/or any violation of this EEO policy. Similarly, there is zero
iolerance for any act of retaliation against an individual who makes a complaint under th s policy
or aides in any investigation of such a complaint.
Any employee found to have violated this policy in any manner will be subject to disciplinary
action up to and including discharge.
Page 227 of 593
44
fz�
llgl)
-45
4-.4
Y-j
�
1z,
Yw
C�l
"zi
4
tzi
Sri
4--yamy
C-1
-r4
Z4
DOC ID ----> 200728501024
IIIIII IIIII �II�� (�4�� IIIII III III III Ifll IIIII IIIII EIIII III �I��
DATE. DOCUMENT ID DESCRIPTION FILING EXPED PENALTY CERT COPY
10/12/2007 200728501024 DOMESTIC ARTICLES/FOR PROFIT 125.00 .00 .00 .00 .00
kARF)
Receipt
This is not a bill. Please do not remit payment.
CT CORPORATION SYSTEM
4400 EASTON COMMONS WAY, SUITE 125
ATTN: TIMOTHY ROBERSON
COLUMBUS, OH 43219
STATE OF OHIO
CERTIFICATE
Ohio Secretary of State, Jennifer Brunner
1732793
It is hereby certified that the Secretary of State of Ohio has custody of the business records for
THE NIDY SPORTS CONSTRUCTION COMPANY, INC.
and. that said business records show the filing and recording of.
Document(s)
DOMESTIC ARTICLES/FOR PROFIT
United States of America
State of Ohio
Office of the Secretary of State
Document No(s):
200728501024
Witness my hand and the seal of
the Secretary of State at Columbus,
Ohio this I I th day of October, A.D.
2007.
I
Page 230 of 593
DOC ID ----> 200728501024
:t CRET.gRj
Pre SCZibed bv:
s� Thr Ohio Secretary of Stare
Central Oho: (614) 466-3910
b` Toll Free: I-S"'-SOS-FILE (1-877-767-3453)
mvW.sos.state.o h. us
e-mail: busserv@sos.state.oh.us
F aedite this Form: re.+.donq I
O Yes PO Box 1390
Columbus, OH 43216
•» Raw[= an mddNwal Poe of $100 —
PO Box 670
Columbus, OH 43216
INITIAL ARTICLES OF INCORPORATION
(For Domestic Profit or Nonprofit)
Filing Fee $125.00
THE UNDERSIGNED HEREBY STATES THE FOLLOWING:
'CHECK ONLY ONE (1) 80
S'
1) 0 Articles of Incorporation (2) ❑ Articles of Incorporation (3) ❑ Articles of Incorporation Professional C.
Profit Non -Profit (170-ARP)
i 113-AR F; (114-ARN) Profession
ORC 1701 ORC 1702 ORC 1785
FIRST: Name of Corporation THE NIDY SPORTS CONSTRUCTION COMPANY, INC
SECOND: Location MASSILLON STARK
(City) (County)
Effective Date (Optional) Dots specfffed can be no more than 80 days after date of filing- N a date Is spscH9ed,
(M-twyyyy) the data must be a date on or altar the date of fJRng.
C Check here If additional provisions are attached
Complete dm inform"on in this section N box (2) or (3) Is chocked. Comolodna this secdoa Is optfona(1f box (f) is checked
To
to
and the construction and maintenance of
CempAeft the (nform&fi n in this socMw if box (1) or ) is checked.
FOURTH: The number of shares which the corporation is authorized to have outstanding (Please state if shares are
common or preferred and their par value if any) 1,5W Common None
(No. of shares) (Typo) (Par Volvo)
(Refer to instructions 0 needed)
532
Pale 1 of 3
Last Revised, May 2002
Page 231 of 593
DOC ID ----> 200728501024
i
97Z
Tha folo viN are f+'te namss and addresses of the indi Wu0le whe nna tD saroe 89 Initia! CNreoWrs,
Is veq HATE. P.O.GQ Atl*wmIrvwreervubte.
f! (atowi Caw Ceck)
r:4bmc;
rsln
;=rYi
MOT,Er P.R B.Y Ad&rssas ov NOT aceepgble.
f-s") (Zip Code)
(�,eGry NO JV, P.O. Eau Ad&"F" an NOT aeeepdebfe.
r;,qj (SSaM1 (Iip t�dsf
ltE4[JIR€D +
,pub: a� ava,sr;t RED r a cr. f / LEi7
(aigned) by an authorized
.rWseentatve Authorized Representative Date
(gee Enatrueftans)
MICHAEL D. \AN ON
(print Moore)
Avthorizelt Rapmsentative 8tr
(Print Namef
Authoe zed Repmon Dift
(PM Name)
pve i ce 7
L a iROM"m M" zoos
Page 232 of 593
DOC ID ----> 200728501024
the
ORIGINAL APPOINTMENT OF STATUTORY AGENT
Ti- m rs3gned, being at least a m810* Of thO inoorperatorn Of The Noy Sparta CCnstrtlMn a en Inc.
hereby anpainl tha foilow+ng to be Watutdty agent t;Pon whOm any process, ncr[iCa or d@A58nd IegtATsd Cr percnitted by
strrtute ?0 be served upon the corporation mqy be served. Tha Camplste adtirasa of iha agenl IS
Michael D. Tinian
INa7W
4270 Stdrilite Surat SE
Igtcerl NOM P.D.BvxAddrcstm•nNOT --Pft&14
IVtass�l0n ,Ohio 446A6 n
jY1 MP Gaeaj
Must be aLAWtftntecf by an I
Date
authcrzed rrrssentativa
f Authorized Repre9ent2live Date
E
i
Authorized Reps Wtllfte .,...• Date
ACCF-PTANCE Di= APPOINTMERT
The Urvi: rsigrw4, kilchael D. Vinton - _ , named herein as the
Statutory agent for. The Nldx S Constn in Inc.
haroby ack-w fadges er'td 2 epts the yppoin of s cry ti0 s 'den
I Signature,
Mi
532 Papa 0or3 Lan ReAmC Mey 2002
Page 233 of 593
DOC ID ----> 200728501024
ADDITIONAL PROVISIONS
SIXTH: The corporation reserves the right at any time, and from time to time,
substantially to change its purposes in the manner now or hereafter permitted by statute. Any
change of the purposes of the corporation, authorized or approved by the holders of shares
entitling them to exercise the proportion of the voting powers of the corporation now or hereafter
required by statute, shall be binding and conclusive upon every shareholder of the corporation as
fully as if such shareholder had voted therefor; and no shareholder, notwithstanding that he may
have voted against such change of purposes or may have objected in writing thereto, shall be
entitled to payment of the full cash value of his shares.
SEVENTH: This corporation shall have the power and authority, upon the affirmative
vote of a simple majority of its Board of Directors, and without action by its shareholders, to
purchase, hold, sell, transfer, reissue and cancel its own shares, provided it shall not use its funds
or propety for such purpose when such use would cause its assets to be less than its liabilities
plus its stated capital, if any, or if the corporation is insolvent, or if there is reasonable ground to
believe that by such purchase or redemption it would be rendered insolvent, and further
provided, that shares of its own Capital Stock belonging to it and held as Treasury Shares shall
not be. voted, directly or indirectly.
EIGHTH: At any time and from time to time, after the organization of the
corporation, shares of its Capital Stock without par value may be issued, sold or subscribed for,
for such consideration for each share and upon such other terms as may be fixed by the Board of
Directors of the Corporation.
NINTH: No officer, director or shareholder of the corporation shall be disqualified
by his office, membership or stock ownership from dealing or contracting with the corporation as
a vendor, purchaser, employee, agent, or in any other similar or dissimilar capacity; nor shall any
transaction, contract or act of the corporation be void or voidable or in any way affected or
invalidated by reason of the fact that any such officer, director or shareholder of the corporation,
any firm of which he may be a member or any other corporation of which he may be an officer,
director or shareholder, is in any way interested in such transaction, contract or act, provided the
interest of such officer, director or shareholder is disclosed to or known by the Board of
Directors of the corporation, or such members thereof as shall be present at any meeting at which
actions are taken upon any such transaction, contract or act. Neither shall such officer, director
or shareholder be accountable or otherwise responsible to the corporation for or in connection
with any such transaction, contract or act, or for any gains or profits realized by him by reason of
the fact that he, any firm of which he is a member, or any other corporation of which he is an
officer, director or shareholder, is interested in any such transaction, contract or act. Any such
officer, director or shareholder, if he is a director, may be counted in determining the existence
of a quorum at any meeting of the Board of Directors of the corporation which shall authorize or
take action upon any such transaction, contract or act, and he may vote at such meeting to
authorize, adopt, ratify or approve any such transaction, contract or act to the same extent as if
he, any firm of which he is a member, or any other corporation of which he is an officer, director
or shareholder, were not interested in such transaction, contract or act.
&' Active Docs\ClientslN\Nidy Sports Construction Company, Inc. 10274.031Corporate Formation 0001\WAdditional
Pm isions.doc
Page 234 of 593
fultbilk
Page 235 of 593
5
1 }
i � l
i
S Y
a
PRODUCTS & SERVICES
Warranty
All new construction has a one (1) year warranty on civil workmanship. That is to include
improper compaction, equipment installation, asphalt failure. Cracks in asphalt is NOT covered
under warranty.
Court coatings systems are warranted against any excessive fading, peeling, and flaking for a
period of one year from application.
Synthetic turf systems and rubberized track surfaces are covered for a period of one to five years
from delamination or improper drainage.
Products
We have access to a wide variety of the industry leaders in track, field, and court surfacing
manufacturers. We have worked with the following companies and can provide their products to
customers: California Sport Surfaces (Court Coatings), Acrytech (Court Coatings), Laykold
(Court Coatings), Field Turf (Synthetic Fields), AstroTurf (Synthetic Fields), Beynon (Track
Surfacing), and Rekortan (Track Surfacing). Additionally, we provide athletic equipment from a
variety of manufacturers including but not limited to: Bison Atheltics, Putterman Athletic,
Sportsfield Specialties, Gill Porter and BSN Sports.
Page 236 of 593
Construction Services
Athletic Construction & Repairs
• Project Design & Permitting
• Complete Drainage Systems
• Site Prep
• Milling & Demolition
• Asphalt Paving
• Concrete Curbs & Flatwork
• Fencing
• Athletic Equipment
• Court Coating Systems
• Rubberized Court Coating Systems
• Rubberized Track Surfacing
• Synthetic Turf Field Construction & Installation
• Court Crack Repair Systems
Asphalt Paving & Repairs
• Concrete Driveways & Sidewalks
• Concrete Curbs
• Seal Coating
• Asphalt Patch Repair
• Cement Stabilization
• Speed Hump Installation
• Asphalt Milling & Overlays
• Asphalt Chip Seal
• Parking Lot Striping
• Bollard/Light Pole Installation
• Signage Installation
• Catch. Basin Replacement/Repairs
Page 237 of 593
Page 238 of 593
REFERENCES
University of North Florida
Ervin Lewis, Assistant Director of Facilities
Jacksonville, FL
904-252-9511
E.Lewis@un£edu
2019-2023
Resurface existing tennis courts,
Reconstruct running track, surface running
tracks, construct new synthetic turf fields
$2,000 to $1,600,000 projects
City of Winter Park
Mike McCosker, Assistant Director of Parks
& Recreation
Winter Park, FL
407-599-3623
mmccosker@cityofwinterpark.org
2019-2023
Resurface existing tennis courts, construct
new pickleball and tennis courts, reconstruct
running track, surface running tracks,
construct new synthetic turf fields
$5,000 to $1,700,000 projects
City of Jacksonville Beach
Jason Phitides, Director of Parks &
Recreation
Jacksonville Beach, FL
904-349-4457
j phitides @j axbchfl. net
2019-2022
Resurface existing tennis courts,
Reconstruct tennis and basketball courts,
construct new synthetic turf field
$15,000 to $1,000,000 projects
Brevard Public Schools
Christopher Payne, Project Manager
Viera, FL
321-604-8041
Payne.Christopher@brevardschools.org
2021-2023
Resurface existing tennis and basketball
courts, reconstruct basketball courts,
reconstruct running tracks
$3,000 to $500,000 projects
Page 239 of 593
Duval County Public Schools
Garfield Rhoden, Project Manager
Jacksonville, FL
904-858-6310
rhodeng@duvalschools.org
2019-2022
Resurface existing tennis courts,
Reconstruct tennis and basketball courts
$4,000 to $500,000 projects
City of New Smyrna Beach
Robert Salazar, Leisure Services Director
New Smyrna Beach, FL
386-410-2890
rsalazar@cityofnsb.com
2019-2023
Resurface existing tennis and pickleball
courts, reconstruct tennis and basketball
courts, reconstruct running track, construct
new synthetic turf field
$7,000 to $990,000 projects
Brevard County Parks & Recreation
Fred Ameigh, Maintenance Superintendent
Merritt Island, FL
321-302-1681
Frederick.ameigh@brevardfl.gov
2019-2023
Resurface existing tennis and basketball
courts, reconstruct tennis and basketball
courts
$5,000 to $200,000 projects
Orange County Public Schools
Thomas Slusser, Trades Tech
Orlando, FL
352-455-5617
Thomas. slus ser@ocps.net
2019-2023
Resurface existing tennis and basketball
courts, Reconstruct tennis and basketball
courts, track striping, track cleaning,
rubberized track repair
$2,000 to $350,000 projects
University of Florida
Marty Dempsey, Senior Associate Director
Facilities & Operations
Gainesville, FL
352-273-2428
mdempsey@ufsa.ufl.edu
2020-2023
Resurface existing tennis courts,
Reconstruct tennis courts
$30,000 to $360,000 projects
Citrus County
Sherri Genung, Ground Maintenance
Manager
Inverness, FL
352-400-0577
Sherri.Genung@citrusbocc.com
2019-2023
Resurface existing tennis and basketball
courts
$7,000 to $36,000 projects
Page 240 of 593
fultbiliN
Page 241 of 593
SPQRTS CQNSiRUCTIQN
ONCPA
An OMNIA Partners Company NIDY SPORTS CONSTRUCTION BID PRICING
Service Labor Rates All Lots
Unit of
Measure
Installer Bid
to Co -Op
Division
State
Multiplier
Price with
Multipler
2% NCPA
Fee
Total
Multiplier
Total Price to
Client
Notes
CONCRETE
4" Sidewalk (Under 50 SF)
SF
$47.00
0%
$47.00
$0.94
$0.00
$47.94
4" Sidewalk (Over 50 SF)
SF
$27.00
0%
$27.00
$0.54
$0.00
$27.54
6" Drive (Under 500 SF)
SF
$37.00
0%
$37.00
$0.74
$0.00
$37.74
6" Drive (Over 500 SF)
SF
$27.00
0%
$27.00
$0.54
$0.00
$27.54
6"x18" Curb
LF
$50.00
0%
$50.00
$1.00
$0.00
$51.00
6"x12" Curb
LF
$40.00
0%
$40.00
$0.80
$0.00
$40.80
4" Sidewalk with 18" Integral Curb
SF
$37.00
0%
$37.00
$0.74
$0.00
$37.74
Post Tension Concrete
SF
$30.00
0%
$30.00
$0.60
$0.00
$30.60
SEAL COATING
'
Hot Rubber Crack Fill
LF
$ 2.00
0%
$ 2.00
$ 0.04
$0.00
$ 2.04
Seal Coat 1 Coat Asphalt Emulsion
SF
$ 0.35
0%
$ 0.35
$ 0.01
$0.00
$ 0.36
Seal Coat 2 Coat Asphalt Emulsion
SF
$ 0.40
0%
$ 0.40
$ 0.01
$0.00
$ 0.41
Seal Coat 1 Coat Coal Tar
SF
$ 0.35
0%
$ 0.35
$ 0.01
$0.00
$ 0.36
Seal Coat 2 Coat Coal Tar
SF
$ 0.40
0%
$ 0.40
$ 0.01
$0.00
$ 0.41
ASPHALT REPAIR
'
Asphalt Patch
SF
$ 20.00
0%
$ 20.00
$ 0.40
$0.00
$ 20.40
Asphalt Remove/Replace 2" (Under 5,000 SF)
SF
$ 18.00
0%
$ 18.00
$ 0.36
$0.00
$ 18.36
Asphalt Remove/Replace 4" (Under 5,000 SF)
SF
$ 23.00
0%
$ 23.00
$ 0.46
$0.00
$ 23.46
Speed Bump Install
LF
$ 100.00
0%
$ 100.00
$ 2.00
$0.00
$ 102.00
ASPHALT PAVING
'
Convention Chip and Seal
SF
$ 1.50
0%
$ 1.50
$ 0.03
$0.00
$ 1.53
Cement Stabilization
SY
$ 19.00
0%
$ 19.00
$ 0.38
$0.00
$ 19.38
Page 242 of 593
6"x18" Curb & Gutter (500LF +)
LF
$ 70.00
0%
$ 70.00
$ 1.40
$0.00
$ 71.40
Asphalt Mill/Pave 2" 5,000 SF+
SF
$ 3.00
0%
$ 3.00
$ 0.06
$0.00
$ 3.06
Asphalt Mill/Pave 4" 5,000 SF+
SF
$ 4.00
0%
$ 4.00
$ 0.08
$0.00
$ 4.08
4" Sidewalk (Under 50 SF)
SF
$ 47.00
0%
$ 47.00
$ 0.94
$0.00
$ 47.94
4" Sidewalk (Over 50 SF)
SF
$ 25.00
0%
$ 25.00
$ 0.50
$0.00
$ 25.50
STRIPING
Stall
EA
$ 10.00
0%
$ 10.00
$ 0.20
$0.00
$ 10.20
Numbering
EA
$ 8.00
0%
$ 8.00
$ 0.16
$0.00
$ 8.16
Misc. Word Stencil
Per Letter
$ 5.00
0%
$ 5.00
$ 0.10
$0.00
$ 5.10
Hash Out / Grid
SF
$ 1.55
0%
$ 1.55
$ 0.03
$0.00
$ 1.58
Handicap
EA
$ 60.00
0%
$ 60.00
$ 1.20
$0.00
$ 61.20
Arrows
EA
$ 65.00
0%
$ 65.00
$ 1.30
$0.00
$ 66.30
Paint Curbs
LF
$ 2.75
0%
$ 2.75
$ 0.06
$0.00
$ 2.81
Stop Bar
LF
$ 3.75
0%
$ 3.75
$ 0.08
$0.00
$ 3.83
Light Pole Base / Bollard
EA
$ 64.00
0%
$ 64.00
$ 1.28
$0.00
$ 65.28
M ISC.
Catch Basin Replace
EA
$ 6,000.00
0%
$6,000.00
$ 120.00
$0.00
$ 6,120.00
Catch Basin New Concrete Collar
EA
$ 3,500.00
0%
$3,500.00
$ 70.00
$0.00
$ 3,570.00
New Bollard Install
EA
$ 2,000.00
0%
$2,000.00
$ 40.00
$0.00
$ 2,040.00
New Sign Install
EA
$ 1,400.00
0%
$1,400.00
$ 28.00
$0.00
$ 1,428.00
TENNIS/PICKLEBALL SURFACING
Acrylic Coating System (3 coat system)
SY
$12.00
0%
$12.00
$0.24
$0.00
$12.24
Acrylic Coating System (4 coat system)
SY
$20.00
0%
$20.00
$0.40
$0.00
$20.40
Acrylic Cushion System
SY
$50.00
0%
$50.00
$1.00
$0.00
$51.00
Armour Crack Repair System
LF
$25.00
0%
$25.00
$0.50
$0.00
$25.50
Stripe Tennis Court
EA
$1,750.00
0%
$1,750.00
$35.00
$0.00
$1,785.00
Stripe Pickleball Court
EA
$1,500.00
0%
$1,500.00
$30.00
$0.00
$1,530.00
Out of Town Travel Allowance
DAY
$3,000.00
0%
L
$3,000.00
$60.00
$0.00H$20.40
3,060.00
Courts less than 800SY for 3 coat system
SY
$20.00
$20.00
$0.40
$0.00
Page 243 of 593
Courts less than 800SY for 4 coat system
SY
$25.00
0%
$25.00
$0.50
$0.00
$25.50
Project Design, Development or Consultant
DAY
$2,500.00
0%
$2,500.00
$50.00
$0.00
$2,550.00
Professional Engineering Services
JOB
$45,000.00
0%
$45,000.00
$900.00
$0.00
$45,900.00
Installer (Tradesman)
HR
$100.00
0%
$100.00
$2.00
$0.00
$102.00
Limerock Base (per 6" layer)
SF
$3.50
0%
$3.50
$0.07
$0.00
$3.57
Asphalt Paving (RAP Mix)
SF
$5.00
0%
$5.00
$0.10
$0.00
$5.10
Asphalt Paving (Virgin Mix)
SF
$7.00
0%
$7.00
$0.14
$0.00
$7.14
BASKETBALL
Basketball Equipment
EA
$8,500.00
0%
$8,500.00
$170.00
$0.00
$8,670.00
Excavate & pour
concrete footer, furnish
Stripe Basketball Court
EA
$2,000.00
0%
$2,000.00
$40.00
$0.00
$2,040.00
TRACK SURFACING
3/8" Plexitrac Lightning (black)
SY
$25.00
0%
$25.00
$0.50
$0.00
$25.50
1/2" Plexitrac Lightning (black)
SY
$35.00
0%
$35.00
$0.70
$0.00
$35.70
3/8" Plexitrac Accelerator (red)
SY
$35.00
0%
$35.00
$0.70
$0.00
$35.70
1/2" Plexitrac Accelerator (red)
SY
$40.00
0%
$40.00
$0.80
$0.00
$40.80
BSS 100
SY
$55.00
0%
$55.00
$1.10
$0.00
$56.10
BSS 200
SY
$65.00
0%
$65.00
$1.30
$0.00
$66.30
BSS 300
SY
$95.00
0%
$95.00
$1.90
$0.00
$96.90
BSS 1000
SY
$130.00
0%
$130.00
$2.60
$0.00
$132.60
< 5,000 SY add on
SY
$10.00
0%
$10.00
$0.20
$0.00
$10.20
non standard color
SY
$5.00
0%
$5.00
$0.10
$0.00
$5.10
Hobart Finish
SY
$10.00
0%
$10.00
$0.20
$0.00
$10.20
Stuctural Spray Standard Color
SY
$20.00
0%
$20.00
$0.40
$0.00
$20.40
Non Standard Color
SY
$5.00
0%
$5.00
$0.10
$0.00
$5.10
Exchange Zone Color BSS 100 & BSS 200
LS
$35,000.00
0%
$35,000.00
$700.00
$0.00
$35,700.00
MAINTENANCE TRACK SURFACE
Plexitrac Lightning Resurface (black)
SY
$20.00
0%
$20.00
$0.40
$0.00
$20.40
PlexitracLightningResurface (red EPDM layers)
SY
$30.00
0%
$30.00
$0.60
$0.00
$30.60
Page 244 of 593
Plexitrac Surfacer (black)
SY
$20.00
0%
$20.00
$0.40
$0.00
$20.40
Plexitrac Surfacer (red)
SY
$25.00
0%
$25.00
$0.50
$0.00
$25.50
Project Design, Development or Consultant
DAY
$2,500.00
0%
$2,500.00
$50.00
$0.00
$2,550.00
Professional Engineering Services
JOB
$45,000.00
0%
$45,000.00
$900.00
$0.00
$45,900.00
Installer (Tradesman)
HR
$100.00
0%
$100.00
$2.00
$0.00
$102.00
Asphalt Paving (RAP Mix)
SF
$5.00
0%
$5.00
$0.10
$0.00
$5.10
Asphalt Paving (Virgin Mix)
SF
$7.00
0%
$7.00
$0.14
$0.00
$7.14
Track Cleaning
EA
$10,000.00
0%
$10,000.00
$200.00
$0.00
$10,200.00
Track Lining
EA
$15,000.00
0%
$15,000.00
$300.00
$0.00
$15,300.00
ARTIFICIAL TURF
i
Artificial Turf Installation ( Less than 40K SF)
SF
$8.50
0.00%
$8.50
$0.17
$0.00
$8.67
Artificial Turf Installation (Over 40K SF)
SF
$7.00
0.00%
$7.00
$0.14
$0.00
$7.14
Artificial Turf Pad Installation - ADD
SF
$2.00
0.00%
$2.00
$0.04
$0.00
$2.04
Artificual Turf Alt./Cooling Infill Installation - ADD
SF
$1.50
0.00%
$1.50
$0.03
$0.00
$1.53
Artificial Turf Removal
SF
$1.00
0.00%
$1.00
$0.02
$0.00
$1.02
BASEBALL/SOFTBALL
Regrade Baseball/Softball Infield
SF
$3.00
0%
$3.00
$0.06
$0.00
$3.06
Fine grade and groom
infield with new infield
Install foul poles
PAIR
$15,000.00
0%
$15,000.00
$300.00
$0.00
$15,300.00
Install bases, home plate, & mound
EA
$5,000.00
0%
$5,000.00
$100.00
$0.00
$5,100.00
FIELD, TRACK & COURT CONSTRUCTION
4'fence
LF
$75.00
0.00%
$75.00
$1.50
$0.00
$76.50
5' Fence
LF
$80.00
0.00%
$80.00
$1.60
$0.00
$81.60
6' Fence
LF
$85.00
0.00%
$85.00
$1.70
$0.00
$86.70
8' Fence
LF
$90.00
0.00%
$90.00
$1.80
$0.00
$91.80
10' fence
LF
$115.00
0.00%
$115.00
$2.30
$0.00
$117.30
20'Fence
LF
$200.00
0.00%
$200.00
$4.00
$0.00
$204.00
6' High Windscreen
LF
$14.00
0.00%
$14.00
$0.28
$0.00
$14.28
9' High Windscreen
LF
$20.00
0.00%
$20.00
$0.40
$0.00
$20.40
Milling
SF
$2.00
0.00%
$2.00
$0.04
$0.00
$2.04
4" Underdrains
LF
$50.00
0.00%
$50.00
$1.00
$0.00
$51.00
Page 245 of 593
6" Underdrains
LF
$60.00
0.00%
$60.00
$1.20
$0.00
$61.20
8" Underdrains
LF
$70.00
0.00%
$70.00
$1.40
$0.00
$71.40
12" Underdrains
LF
$80.00
0.00%
$80.00
$1.60
$0.00
$81.60
15" Underdrains
LF
$90.00
0.00%
$90.00
$1.80
$0.00
$91.80
1" x 12" Flat Drains
LF
$7.00
0.00%
$7.00
$0.14
$0.00
$7.14
Geotextile Drainage Fabric
SY
$1.50
0.00%
$1.50
$0.03
$0.00
$1.53
Storm Structuers
EA
$4,000.00
0.00%
$4,000.00
$80.00
$0.00
$4,080.00
Rentention Trench
LF
$150.00
0.00%
$150.00
$3.00
$0.00
$153.00
Stone Base (per 6" layer)
SF
$3.00
0.00%
$3.00
$0.06
$0.00
$3.06
Undercut Site
CY
$30.00
0.00%
$30.00
$0.60
$0.00
$30.60
Post Footers and Tennis/Pickleball Equipment
Court
$6,000.00
0.00%
$6,000.00
$120.00
$0.00
$6,120.00
Trench Drain (ACO 2k,3K, 4K)
LF
$90.00
0.00%
$90.00
$1.80
$0.00
$91.80
6"x12" Curb
LF
$40.00
0.00%
$40.00
$0.80
$0.00
$40.80
8"x8" Curb
LF
$35.00
0.00%
$35.00
$0.70
$0.00
$35.70
12"x8" Curb
LF
$45.00
0.00%
$45.00
$0.90
$0.00
$45.90
8"x12" Curb
LF
$45.00
0.00%
$45.00
$0.90
$0.00
$45.90
6"x18" Curb
LF
$50.00
0.00%
$50.00
$1.00
$0.00
$51.00
12" x12" Curb
LF
$50.00
0.00%
$50.00
$1.00
$0.00
$51.00
Install Turf Nailer Board
LF
$10.00
0.00%
$10.00
$0.20
$0.00
$10.20
Install Take Off Board
EA
$4,500.00
0.00%
$4,500.00
$90.00
$0.00
$4,590.00
Install Pole Vault Tray and Lid
EA
$6,000.00
0.00%
$6,000.00
$120.00
$0.00
$6,120.00
Install Football Field Goal Posts
PAIR
$35,000.00
0.00%
$35,000.00
$700.00
$0.00
$35,700.00
Install Soccer Goals
PAIR
$12,000.00
0.00%
$12,000.00
$240.00
$0.00
$12,240.00
Long Jump Pit
EA
$12,000.00
0.00%
$12,000.00
$240.00
$0.00
$12,240.00
SHUFFLEBOARD/BOCCE
Construct Shuffleboard Court
Court
$25,000.00
0%
$25,000.00
$500.00
$0.00
$25,500.00
Shuffleboard Resurface
Court
$1,600.00
0%
$1,600.00
$32.00
$0.00
$1,632.00
Construct Bocce Court
Court
$35,000.00
0%
$35,000.00
$700.00
$0.00
$35,700.00
Bocce Carpet Replacement
Court
$6,500.00
0%
1 $6,500.00
$130.00
1 $0.00
1 $6,630.00
Page 246 of 593
Page 247 of 593
VALUE ADDED SERVICES
We have included several additional line items into our pricing in Tab 7 that reflects additional
services required with our customers and/or are commonly asked for during preliminary
conversations.
Ancillary equipment packages primarily for field and track construction projects have been
included as they need to be installed during the construction of the facility rather than afterwards
like most equipment (hurdles, mats, etc.).
We have included specific striping packages as well as sports like pickleball are becoming much
more popular and public facilities are now either trying to convert existing tennis facilities to
pickleball or make their courts multi -use to cater to both tennis and pickleball courts.
Another big service that is becoming a large part of our business to meet a growing demand is
our track and field maintenance and cleaning. We are contracted to clean a1.122 high school
tracks within Orange County Public Schools annually as there is specific equipment that must be
used on rubberized track surfaces that does not damage it or void the warranty. We have
included that maintenance portion into our pricing as school districts and municipalities are
looking to protect and extend the life span of their large capital expenditures.
Lastly, design services is another service we can offer to customers to assist in both the pre-
planning, actual design, and permitting of a large project so customers can be best informed on
spacing, layout, and drainage concerns from the beginning of the project to both expedite the
overall timeline from project inception to completion and help provide tighter budgeting from
the get -go.
Page 248 of 593
� � 1
Page 249 of 593
TAB 9
• Contractors Requirements
Page 250 of 593
FEDERAL!S CERTIFICATIO
,•
`.: •. • it-. e.. • ` 'r:. l,. •: i •- a • . r.: ... • ,_
Page 251 of 593
wages not less than once a week. The non -Federal entity must place a copy of the current
prevailing Wage determination issued by the Department of Labor In each solicitation, The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non- Federal entity must report all suspected or reported violations to
the Federal awarding agency. The contracts must also include a provision for compliance with
the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor
regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non -Federal entity must report all
suspected or reported violations to the Federal awarding agency.
Pursuant to Federal Rule (D) above, when a Participating Agency expends federal fundM
during the term of an award for all contracts and subgrants for construction or repair,
offeror will be in compliance with all applicable Davis -Bacon Act provisions
Any Participating Agency will include any current and applicable prevailing wage
determination in each issued solicitation and provide Offeror with any required
documentation and/or forms that must be completed by Offeror to remain in complianc
the applicable Davis -Bacon Act provisions. I
(E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable,
-sll contracts awarded by the non -Federal entity in excess of $100,000 that involve the
trriployment of mechanics or laborers must include a provision for compliance with 40 U.S.C.
3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under
Q U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every
mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the
standard work week is permissible provided that the worker is compensated at a rate of not less
than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the
work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide
that no laborer or mechanic must be required to work in surroundings or under working
conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to
the purchases of supplies or materials or articles ordinarily available on the open market, or
contracts for transportation or transmission of intelligence.
Pursuant to Federal Rule (E) above, when a Participating Agency expends federal
funds, offeror certifies that offeror will be in compliance with all applicable provisions of
the Contract Work Hours and Safety Standards Act during the term of an award for all
contracts by Participating Agency resultinq from this procurement process.
work under that "funding agreementthe recipient or subrecipient must comply with the
requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and
Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," an;i
i any implementing regulations issued by the awarding agency.
Page 252 of 593
Pursuant to Federal Rule (F) above, when federal funds are expended by Participating
Agency, the offeror certifies that during the term of an award for all contracts by
Participating Agency resulting from this procurement process, the offeror agrees to
comply with all applicable requirements as referenced in Federal Rule (F) above
(G) Clean Air Act (42 U.S.C. 7401-7671 q.) and the Federal Water Pollution Control Act (33
U.S.C. 1251-1387), as amended— Contracts and subgrants of amounts in excess of $150,000
must contain a provision that requires the non- Federal award to agree to comply with all
applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C.
7401- 7671 q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387),
Violations must be reported to the Federal awarding agency and the Regional Office of the
Environmental Protection Agency (EPA),
Pursuant to Federal Rule (G) above, when federal funds are expended by Participating
Agency, the offeror certifies that during the term of an award for all contracts by
Participating Agency member resulting from this procurement process, the offeror
agrees to comply with all applicable requirements as referenced in Federal Rule (G)
above
- - MID WIN WSITAIIFTMS� NON �6091=6
v_ uniamy exuDueu itul h1f=_17el Te;TI
will notify the Participating Agency
(1) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award
exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it
will not and has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a member of
Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C.
1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in
connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up
to the non -Federal award
Pursuant to Federal Rule (1) above, when federal funds are expended by Participating
Agency, the offeror certifies that during the term and after the awarded term of an award
for all contracts by Participating Agency resulting from this procurement process, the
Page 253 of 593
RECORD RETENTION REQUIREMENTS FOR CONTRACTS
INVOLVING FEDERAL FUNDS
When federal funds are expended by Partpating Agency for any contract resulting from this
procurement process, offeror certifies that it will comply with the record retention requirements
detailed in 2 CFR § 200.334, The offeror further certifies that offeror will retain all records as
required ® 2 CFR § 200,334 for a period of three years after grantees or subgrantees submit
final expenditure reports or quarter y or annual financial reports, as applicable, and all other
pending matters are closed.
CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY
AND CONSERVATION ACT
When Participating Agency expends federal funds for any contract resulting from this
procurement process, offeror certifies that it will comply with the mandatory standards and
4d-t
issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49
C.F.R. Part 18).
A
Page 254 of 593
CERTIFICATIONOF ACCESS TO-r
Offeror agrees that the Inspector General of the Agency or any of their duly authorized
representatives shall have access to any non -financial documents, papers, or other records of
offeror that are pertinent to offeror's discharge of its obligations under the Contract for the
purpose of • audits, examinations,• • transcriptions.! f includes
relating to such documents.!. of access will last only in i as the records
retained.
CERTIFICATION O APPLICABILITY SUBCONTRACTORS
Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by th4
foregoing terms and conditions.
Page 255 of 593
• i• • •. .•. R•i .:i i !! II I
! ! -
as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C.
1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part
15 as required under OMB Circular A-1 02, Attachment 0, Paragraph 14 (1) regarding reporting
violations to the grantor agency and to the United States Environment Protection Agency
Assistant Administrator forEnforcement.
I hereby further certify that my company has not been debarred, suspended or otherwise
ineligible for participation in Federal Assistance programs under Executive Order 12549,
"Debarment and Suspension", as described in the Federal Register and Rules and Regulations.
Page 256 of 593
CONTRACTOR REQUIRMENTS I
Contractor Certification
Contractor's Employment Eligibility
By entering the contract, Contractor warrants compliance with the Federal Immigration and
Nationality Act (FINA), and all other federal and state immigration laws and regulations. The
is will operate this contract
Participating Government Entities including School Districts may request verification of
compliance from any Contractor • subcontractor performing work under this Contract. These
Entities reserve the right to confirm compliance In accordance with applicable laws.
Should the Participating Entities suspect or find that the Contractor or any of its subcontractors
are not in compliance, they may pursue any and all remedies allowed by law, including, but not
limited to.- suspension of work, termination of the Contract for default, and suspension and/or
debarment of the Contractor. All costs necessary to verify compliance are the responsibility of
the Contractor.
- 0 silo - Z 1 • Z Z • • . -
10,0111,11111 M-1,1111111101 0 0 . . - a -
1--is I LZ Ill r-aft(o] &N 1 Sir, 10ioiel io. . M I ••
1 11
'r U-0 11 1 .41 11-1 1
work is being performed.
Fingerprint & Background Checks
If required to provide services on school district property at least five (5) times during a month,
contractor shall submit a full set of fingerprints to the school district if requested of each person
or em,,-aIoYAee who
persons or employees. An exception to this requirement may be made as authorized in
Governing Board policy. The district shall conduct a fingerprint check in accordance with the
appropriate state and federal laws of all contractors, subcontractors or vendors and their
employees for which fingerprints are submitted to the district. Contractor, subcontractors,
•• and their employees shall not provide services • •o district properties until
authorized by the District.
I I Ill 1 0 1 -
Contractor shall comply With governing board policy in the school district or Participating Entity
in which work is being performed,
Business Operations in Sudan, Iran
In accordance with A.R.S. 35-391 and A.R.S. 35-393, the Contractor hereby certifies that the
contractor does not have scrutinized business operations in Sudan and/or Iran.
Page 257 of 593
REQUIRED CLAUSES FOR FEDERAL ASSISTANCE
'iF,ROVIDED BY FTA
NEMEME =r
a) Maintain all non -financial books, records, accounts and reports required under this
Contract for a period of not less than two (2) years after the date of termination or
expiration of this Contract or any extensions thereof except in the event of litigation
or settlement of claims arising from the performance of this Contract, in which case
Contractor agrees to maintain same until the FTA Administrator, the U.S. DOT
Office of the Inspector General, the Comptroller General, or any of their duly
authorized representatives, have disposed of all such litigation, appeals, claims or
exceptions related thereto.
b) Permi any of the foregoing parties to inspect all non -financial work, materials, an'i
other data and records that pertain to the Project, and to audit the non -financial
books, records, and accounts that pertain to the Project and to reproduce by any
means whatsoever or to copy excerpts and transcriptions as reasonably needed
for the purpose of audit and examination. The right of access detailed in this
section continues only as long as the records are retained.
FTA does not require the inclusion of these requirements of Article 1.01 in subcontracts.
1 ) Non-d iscrim 1 nation. In accordance with Title VI of the Civil Rights Act of 1964, as
amended ' 42 U.S.C. 2000d, Section 303 of the Age Discrimination Act of 1975,
amended, 42 U.S.C. 6102, Section 202 of the Americans with Disabilities Act of
1990, as amended, 42 U.S.C. § 12132, and Federal Transit Law at 49 U.S.Ci §
5332, Contractor or subcontractor agrees that it will not discriminate against any
employee or applicant for employment because of race, color, creed, national origI
sex marital status age • disa , or bility. In addition, Contractor agrees to comply with
ap�licable Federal implementing regulations and other applicable implementing
requirements FTA may issue that are flowed to Contractor from Awarding
Participating Agency.
2) Equal Employment Opportunity. The following Equal Employment Opportunity
requirements apply to this Contract:
IN RM 12 14 0 ITMS
Page 258 of 593
to take affirmative action to ensure that applicants are employed, and that
employees are treated during employment, without regard to their race, color,
creed, national origin, sex, marital status, or age. Such action shall include, but
not be limited to, the following: employment, upgrading, demotion or transfer,
re ITIVEN M We Mie Ms Me
bi A0. In accordance with the Age Discrimination in Employment Act (ADEA) of
1967, as amended, 29 U.S.C. Sections 621 through 634, and Equal Employment
Opportunity Commission (EFOC) implementing regulations, "Age Discrimination
in Employment Act", 29 CFR Part 1625, prohibit employment discrimination by
Contractor against individuals on the basis of age, including present and
prospective employees. In addition, Contractor agrees to comply with any
implementing requirements FTA may issue that are flowed to Contractor from
Awarding Participating Agency.
c. Disabilities. In accordance with Section 102 of the Americans with Disabilities Act
of 1990, as amended (ADA), 42 U.S.C. Sections 12101 et seq., prohibits
discrimination against qualified individuals with disabilities in programs, activities,
and services, and imposes specific requirements on public and private entities.
Contractor agrees that it will comply with the requirements of the Equal
Employment Opportunity Commission (EEOC), "Regulations to Implement the
Equal Employment Provisions ♦' the Americans with Disabilities Act," 29 CFR
Part 1630, pertaining to employment of persons with disabilities and with their
responsibilities under Titles I through V of the ADA in employment, public
services, public accommodations, telecommunications, and other provisions.
C Segregated Facilities. Contractor certifies that their company does not and will
not maintain or provide for their employees any segregated facilities at any of
their establishments, and that they do not and will not permit their employees to
perform their services at any location under the Contractor's control where
segregated facilities are maintained. As used in this certification the term
11 segregated facilities" means any waiting rooms, work areas, restrooms and
washrooms, restaurants and other eating areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing facilities provided
for employees which are segregated by explicit directive or are in fact segregated
on the basis of race, color, religion or national origin because of habit, local
custom, or otherwise. Contractor agrees that a breach of this certification Will be
a violation •- this Civil Rights clause.
3) Solicitations for Subcontracts, Including Procurements of Materials and Equipmen
In all solicitations, either by competitive bidding or negotiation, made by Contractor
for work to be performed under a subcontract, including procurements of materials or
leases of equipment, each potential subcontractor or supplier shall be notified by
Contractor of Contractoes obligations under this Contract and the regulations relative
to non-d iscrim i nation on the grounds of race, color, creed, sex, disability, age or
national origin.
Page 259 of 593
4) Sanctions of Non -Compliance. In the event of Contractor's non-compliance with t�i;
non-d iscrim i nation provisions of this Contract, Public Agency shall impose such
Contract sanctions as it or the FTA may determine to be appropriate, including, but
not limited to: 1) Withholding of payments to Contractor under the Contract until
Contractor complies, and/or; 2) Cancellation, termination or suspension of the
Contract, in Whole or in part.
Contractor agrees to include the requirements of this clause in each subcontract financed in whol.-
#r in part with Federal assistance provided by FTA, modified only if necessary to identify the
,?ffected partie&
This Contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26,
WHO
1) Non -Discrimination Assurances. Contractor or subcontractor shall not discriminate
on the basis of race, color, national origin, or sex in the performance of this Contract.
Contractor shall carry out all applicable requirements of 49 CFR Part 26 in the award
and administration of DOT -assisted contracts. Failure by Contractor to carry out
these requirements is a material breach of this Contract, which may result in the
termination of this Contract or other such remedy as public agency deems
appropriate. Each subcontract Contractor signs with a subcontractor must include
the assurance in this paragraph. (See 49 CFR 26.13(b)).
it) Prompt Payment. Contractor is required to pay each subcontractor performing Work
under this prime Contract for satisfactory performance of that work no later than
thirty (30) days after Contractor's receipt of payment for that Work from public
agency. In addition, Contractor is required to return any retainage payments to those
subcontractors within thirty (30) days after the subcontractor's work related to this
Contract is satisfactorily completed and any liens have been secured, Any delay or
postponement of payment from the above time frames may occur only for good
cause following written approval of public agency. This clause applies to both DBE
and non -DBE subcontractors, Contractor must promptly notify public agency
whenever a DBE subcontractor performing Work related to this Contract is
terminated or fails to complete its Work, and must make good faith efforts to engage
another DBE subcontractor to perform at least the same amount of work. Contractor
may not terminate any DBE subcontractor and perform that Work through its own
forces, or those of an affiliate, without prior written consent of public agency.
3) DBE Program. In connection with the performance of this Contract, Contractor will
cooperate With public agency in meetinq its commitments and goals to ensure that
DBEs shall have the maximum practicable opportunity to compete for subcontract
work, regardless of whether a contract goal is set for this Contract. Contractor
agrees to use good faith efforts to carry out a policy in the award of its subcontracts,
agent agreements, and procurement contracts which will, to the fullest extent,
utilize DBEs consistent with the efficient performance of the Contract.
Page 260 of 593
14,011:1
11110161MM9 111116�1011111 -
=I giz] mr.14 Lei I =14IM-m-Ma it R
I ILI DNT.�1 1,111=93MMUM121
Agency and Contractor acknowledge and agree that, absent the Federal Government's express
written consent and notwithstandinci any concurrence by the Federal Government in or approval
of the solicitation or award of the underlying Contract, the Federal Government is not a party to
this Contract and shall not be subject to any obligations or liabilities to agency, Contractor, or
any other party (whether or not a party to that contract) pertaining to any matter resulting from
the underlying Contract.
Contractor agrees to include the above clause in each subcontract financed in whole or in part
with federal assistance provided by the FTA. It is further agreed that the clause shall not be
modified, except to identify the subcontractor who will be subject to its provisions.
Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,
as amended, 31 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil
Remedies," 49 CFR Part 31, apply to its actions pertaining to this Contract. Upon execution of
the underlying Contract, Contractor certifies or affirms, to the best of its knowledge, the
truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me
Page 261 of 593
Wi- pertaining to the underlying Contract or the FTA assisted project fiContract
Work is being performed.
In addition to other penalties that may be applicable, Contractor further acknowledges that if it
or e be .r- a false, fictitious,or fraudulent•
certification, the Federal Government reserves the right to impose the penalties of the Program
Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems
appropriate.
Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or
fraudulent claim, statement, submission, or certification to the Federal Government under a
contract connected with a project that is financed in whole or in part with Federal assistance
originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the
right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307 (n)(1) on the Contractor,
to the extent the Federal Government deems appropriate.
with Federal assistance pro vided by FTA. It is further agreed that the clauses shall not be
modified, except to identify the subcontractor who will be subject to the provisions.
Page 262 of 593
FEDERAL REQUIRED SIGNATURES I
Offeror • •, all provisions, laws, acts,•
in the pages above. it is further acknowledged that offeror agrees to comply with all federal,
• local-• • and ordinances as applicable.
fir- •-
City/State/Zip
Date
Page 263 of 593
ANTITRUST CERTIFICATION STATEMENTS
TEXAS GOVERNMENT CODE § 2155.005 1
I affirm under penalty of perjury of the laws of the State of Texas that:
(1) 1 am duly authorized to execute this contract on my own behalf or on behalf of the company,
corporation, firm, partnership or individual (Company) listed below;
(2) In connection with this bid, neither I nor any representative of the Company has violated any
provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15;
(3) In connection with this bid, neither I nor any representative of the Company has violated any
federal antitrust law; and
Company Name
Address
City/State/Zip Lc),t\j ecwc
Telephone
Fax Number - LWJ ` (D -'I 3-L'S
Email Address tom., a&� c PJ cc-" pvk (!N'i I 14A
Printed Name '2-A c-kt '-) T E � f JJ
'In
Title VLLL--s t c-,)\JT
Authorized Signature��-'
Page 264 of 593
STATE NOTICE ADDENDUM
The National Cooperative Purchasing Alliance (NCPA), on behalf of NCPA and its current an
potential participants to include all county, city, special district, local government, school distri
private K-12 school, higher education institution, state, tribal government, other government
agency, healthcare organization, nonprofit organization and all other Public Agencies located
nationally in all fifty states, issues this Request for Proposal (RFP) to result in a national
contract. I
For your reference, the links below include some, but not all, of the entities included in this
proposal:
http://www.usa.gov/Agencies/State and Territories. shtml
https://www.usa.gov/local-governments
Page 265 of 593